Loading...
1467 Murphy Pipeline ContractorsIq 16 7 CIO i� —1877= r , PURCHASING DEPARTMENT �s TRANSMITTAL MEMORANDUM TO: City Clerk RE: MurphyPipe Line Co Inc PO 31784 -3 Change Order No. 4 Final- IFB 07/08 -09 Pipe Bursting of Potable Water Mains Using Pre - Chlorinated Pipe The item(s) noted below is /are attached and forwarded to your office for the following action(s): Development Order Final Plat (original mylars) Letter of Credit Maintenance Bond Ordinance Performance Bond Resolution Rendering Safe keeping (Vault) City Manager Signature City Clerk Attest/Signature C ( e2V l �--- Date Mayor's Once completed, please: ® Return originals to Purchasing ❑ Return copies El Special Instructions: Safe keeping this is on a bid for IFB 07/08 -09 Marisol Ordonez � ' A A&W From TADept_ forms \City Clerk Transmittal Memo - 2009.doc DATE: 09/25/09 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681C -8 VENDOR NO.: 11253 TO: MURPHY PIPELINE CONTRACTORS, I 4700 N PEARL ST JACKSONVILLE, FL 32206 PO NUMBER 031784 CHANGE #: 3 DATE CHG: 02/08/11 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/11 NET /30 62017 ACCOUNT NO.: 480-4521-536.63-00 PROJECT NO.: WD 0 8 0 3 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY ISSUE UNIT OF UNIT COST EXTENDED COST *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** * * CHANGE ORDER * *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 1 GRANT TECHNICAL SUPPORT 2600000.00 NA 1.00 2600000.00 DISTRIBUTION HYDRALICS WATER STIMULUS FUNDS FOR DISTRIBUTION PIPE BURSTING CONSTRUCTION SW59011,APPROVED BY C.C. 9/14/09 PO WILL ONLY BE VALID UPON FDEP CONTRACTORS APPROVAL... WR no approved by commission on 1 -25 -2010 w smith ----------------------------------- *** SHIP ING INSTRUCTIONS - - - -- - - - - - -- ** ------ - - - - -- 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 2 ----------------------------------- WORK REQUEST NO. 2 164775.00 - - - -- EA -------------------- 1.00 164775.00 ------------- ---- - - - - -- *** SHIP ----- - - - - -- ING INSTRUCTIONS - - - -- - - - - - -- ** ------ - - - - -- 1201 W. SEMINOLE BL TO: SANFORD, FL 32771 ----------------- - - - - -- ----- - - - - -- - - - -- -------- ------ - - - - -- APPROVED BY APPROVED BY: CITY MANAGE ALL PACKAGES AND INVOICES ASSOCIATED WI THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP: //WWW.SANFORDFL.GOV/ DEPARTMENTS /PURCHASErTERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING PURCHASE ORDER TERMS AND CONDITIONS 1. By accepting this Purchase Order (PO) the Vendor accepts all of the Terms and Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the "City". The term "City" is used in a broad sense to Include Its employees, directors, officers, agents, volunteers, etc. 2. All Information referenced is hereby Incorporated Into the PO. These Terms and Conditions may be varied only by written amendment signed by the parties. All modifications in performance, Including but not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by the parties. Time Is of the essence of the lawful performance of the duties and obligations contained in the Purchase Order. The Vendor agrees that Vendor shall diligently and expeditiously pursue Vendor's obligations. 3. Cancellation rights reserved by the City. The City may cancel this PO in whole or in part at any time for default by written notice to the Vendor. The City shall have no liability to the Vendor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor's receipt of the notice of termination. 4. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this PO. Regardless of the Indicated F.O.B. point, the City does not accept title until the delivery is acknowledged by an authorized City representative" 5. Prices stated on this PO are firm, all Inclusive and consistent with applicable negotiations, bid(s) and /or quotations. The City is exempt from the Florida Sales and Use Tax and will furnish the Vendor with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the PO. This order is hereby cancelled, if pricing is omitted. 6. The Vendor warrants that any material or equipment supplied hereunder is new, unused condition and free from defects In title, workmanship, defects in design and in full compliance with the specifications defined by the City in the order. The goods or services furnished under this PO are covered by commercial warranties for such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the City. A copy of these warranties and all applicable manufacturers' warranties shall be furnished at the time of delivery. 7. The City reserves the right to conduct any Inspection or Investigation to verify compliance of the goods and /or services with the requirements of this purchase order and to reject any delivery not in compliance If any deficiency is not visible at the time of delivery the City reserves the right to take and /or require appropriate corrective action upon the discovery of any deficiency, non - compliance, or defect 8. All tools or property furnished to the Vendor by the City shall remain the property of the City, be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in good order, and be clearly identified as property of the City. The Vendor assumes any and all liability of whatsoever type or nature for loss or damage to such property. 9. The Vendor agrees to comply with all Federal, State of Florida, Seminole County, City laws, ordinances, regulations, authority and codes and authority having jurisdiction over the purchase. 10. To the fullest extent permitted by law, the Vendor shall Indemnify, hold harmless and defend the City, its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses Including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs Incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or agents. Additionally, the Vendor accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated in this purchase order. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the City as set forth in Section 768.28, Florida Statutes. 11. The Vendor shall not assign this PO, any rights under this PO or any monies due or to become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior written consent of the City. 12. The Vendor shall not disclose the existence of this PO without prior written consent of the City except as may be required to perform this PO. 13. All Material purchased hereunder must be packaged to ensure Its security and delivery in accordance with the City's shipping and packaging specification and good commercial practice. Each package shall be labeled Indicating the addressee of each package or shipment and the applicable PO number. All shipments shall comply with HAZMAT requirements including, but not limited to, (DOT) regulations published in 49CFR 1399, OSHA regulations 29 CFR 4999. 14. The Vendor shall perform the obligations of this PO as an Independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor ensures that Its personnel shall comply with reasonable conduct guidelines and City policies and procedures. 16. After each delivery, the Vendor shall provide to the "bill to address" an original, "proper invoice" (single copy) which Includes: a) Vendor's name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of Invoice; d) Shipping date; e) Delivery date; f) Payment terms; g) Description of goods /services; h) quantity; 1) Unit price; j) Extended price; k) Total. The City has the right to reconcile Invoice with the PO and adjust payment accordingly to comply with the PO. Payment will be made only to the Vendor identified on the PO and for received and accepted goods /services. The City shall have right at any time to set -off any amounts due to the Vendor against any amounts owed to the City by the Vendor and shall in the case of Vendor default retain the right to further adjust payments as consistent with the best Interests of the City. 17. Payment of invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this PO. Any cash discount period will date from receipt of invoice, receipt of actual delivery or date of Invoice, which ever is later. 18. If this PO involves the Vendor's performance on the City's premises or at any place where the City conducts operations, the Vendor shall request Information from the Purchasing Manager regarding insurance coverage requirements. In circumstances where insurance Is required, Vendor shall provide proofs of Insurance required by the City, or City reserves the right to cancel this Purchase Order, Immediately suspend performance by the Vendor at Vendor's expense and prohibit access to City premises until such proofs of insurance is verified. Noncompliance with this item shall place the Vendor in default and subject to disbarment from the City's Vendor List. 19. The failure of the city to enforce any provision of this PO, exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue In force. 20. The Vendor shall notify the Purchasing Manager of any inherent hazard and applicable precautions, protective measures and provide any additional relevant information, Including MSDS, related to the Material being purchased herein. 21. The City shall have the right at no additional charge to use all or portions of material found In the Vendor's applicable literature relevant to the purchase. The Vendor agrees to advise the City of any updated Information relative to the foregoing literature and documentation with timely written notice. 22. A person or affiliate who has been removed from the City's Vendor List may not submit a bid or transact business with the City In excess of Category Two for a period of thirty -six (36) months from the date of being removed from the City's Vendor List. 23. In compliance with 8 U.S.C. Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act (INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally cancel this PO with any contractor who knowingly employs unauthorized alien workers. 24. This PO shall be governed by and interpreted in accordance with the laws of the State of Florida. In any action or proceeding required to enforce or Interpret the terms of this Agreement, venue shall be of the Eighteenth Judicial Circuit In and for Seminole County, Florida DATE: 09/25/09 PURCHASING OFFICE: 407.688.5030 ACCOUNTS PAYABLE: 407.688.5020 FACSIMILE: 407.688.5021 VENDOR NO.: 11253 TO: PURCHASE ORDER CITY OF SANFORD P.O. BOX 1788 (300 NORTH PARK AVENUE) SANFORD, FLORIDA 32772 FLORIDA TAX EXEMPT NO.: 858012621681 C -8 MURPHY PIPELINE CONTRACTORS, I 4700 N PEARL ST JACKSONVILLE, FL 32206 LOCATIONS AND QUANTITIES SPECIFIED FOLLOWING ITEM DELIVER BY TERMS F.O.B. DESTINATION BID OR QUOTATION NO. REQUISITION NO. UNLESS OTHERWISE INDICATED 09/30/11 NET /30 62017 ACCOUNT NO.: 480-4521-536.63-00 PROJECT NO.: WD 0 8 0 3 NO DEVIATION FROM THIS PURCHASE ORDER WILL BE ALLOWED UNLESS AUTHORIZED BY THE PURCHASING MANAGER - CITY OF SANFORD ITEM NO. DESCRIPTION QUANTITY UNIT OF ISSUE UNIT COST EXTENDED COST * * CHANGE ORDER * *** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 3 FURNISH AND INSTALL 2" 13653.49 NA 1.00 13653.49 POLYETHLENE LINE PH3 TER DR ADDED PIPE BURST PH 3 RIDGEWOOD AVE S OF GENEVA TER, FURNISH AND INSTALL INSERT VALVE OH 2 S PARK AVE, WORK DIR NO. 4 (ROSE DR /PALM DR INTERSECTION STORM PIPE, ASPHALT AND SODDING, ADDITIONAL WORK - MATTIE ST PH 4, ----------------------------------- SHIP ING INSTRUCTIONS -------------------------- ** 300 N. PARK AVENUE TO: SANFORD, FL 32771 ----------------------------------- - - - -- SUB -------------------- TOTAL 2778428.49 TOTAL 2778428.49 APPROVED BY: PURCHASING AGENT PO NUMBER 031784 CHANGE #: 3 DATE CHG: 02/08/11 SUBMIT INVOICES TO: ACCOUNTS PAYABLE FINANCE DEPT. P.O. BOX 1788 SANFORD, FL 32772 SHIP TO: CITY OF SANFORD APPROVED BY: CITY MANAGER ALL PACKAGES AND INVOICES ASSOCIATED WITH THIS P.O. MUST BEAR THIS PURCHASE ORDER NUMBER. THE VENDOR IS RESPONSIBLE TO CAREFULLY READ AND COMPLY WITH ALL OF THE STANDARD TERMS AND CONDITIONS PROVIDED ON THE REVERSE SIDE OF THIS PURCHASE ORDER AND AT HTTP: //WWW.SANFORDFL.GOV /DEPARTMENTS /PURCHASE/TERMS.HTML COPIES TO: VENDOR ORIGINATING DEPARTMENT PURCHASING PURCHASE ORDER TERMS AND CONDITIONS 1. By accepting this Purchase Order (PO) the Vendor accepts all of the Terms and Conditions included herein. The Buyer is the City of Sanford, Florida, hereinafter referred to as the "City". The term "City" is used In a broad sense to Include Its employees, directors, officers, agents, volunteers, etc. 2. All Information referenced is hereby Incorporated Into the PO. These Terms and Conditions may be varied only by written amendment signed by the parties. All modifications in performance, Including but not limited to, extensions of time, renewal, or substitution are void absent dually signed amendment by the parties. Time is of the essence of the lawful performance of the duties and obligations contained In the Purchase Order. The Vendor agrees that Vendor shall diligently and expeditiously pursue Vendor's obligations. 3. Cancellation rights reserved by the City. The City may cancel this PO In whole or In part at any time for default by written notice to the Vendor. The City shall have no liability to the Vendor beyond payment of any balance owing for Material purchased hereunder and delivered to and accepted by the City prior to the Vendor's receipt of the notice of termination. 4. Terms of shipping are F.O.B. the City's delivery location unless otherwise noted within the terms of this PO. Regardless of the indicated F.O.B. point, the City does not accept title until the delivery Is acknowledged by an authorized City representative" 5. Prices stated on this PO are firm, all Inclusive and consistent with applicable negotiations, bid(s) and /or quotations. The City is exempt from the Florida Sales and Use Tax and will furnish the Vendor with proof of tax exemption upon request. Extra charges for any purpose will not be allowed unless explicitly indicated on the PO. This order is hereby cancelled, if pricing is omitted. 6. The Vendor warrants that any material or equipment supplied hereunder is new, unused condition and free from defects in title, workmanship, defects in design and in full compliance with the specifications defined by the City in the order. The goods or services furnished under this PO are covered by commercial warranties for such goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the City. A copy of these warranties and all applicable manufacturers' warranties shall be furnished at the time of delivery. 7. The City reserves the right to conduct any Inspection or Investigation to verify compliance of the goods and /or services with the requirements of this purchase order and to reject any delivery not In compliance If any deficiency Is not visible at the time of delivery the City reserves the right to take and /or require appropriate corrective action upon the discovery of any deficiency, non - compliance, or defect 8. All tools or property furnished to the Vendor by the City shall remain the property of the City, be subject to removal upon the City's demand, be used only on behalf of the City, be maintained in good order, and be clearly Identified as property of the City. The Vendor assumes any and all liability of whatsoever type or nature for loss or damage to such property. 9. The Vendor agrees to comply with all Federal, State of Florida, Seminole County, City laws, ordinances, regulations, authority and codes and authority having jurisdiction over the purchase. 10. To the fullest extent permitted by law, the Vendor shall Indemnify, hold harmless and defend the City, Its agents, servants, officers, officials and employees, or any of them, from and against any and all claims, damages, losses, and expenses including, but not limited to, attorney's fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual costs incurred for expert witness testimony, arising out of or resulting from the performance or provision of services required under this Agreement, provided that same is caused in whole or in part by the error, omission, act, failure to act, breach of contract obligation, malfeasance, officers, officials, employees, or agents. Additionally, the Vendor accepts responsibility for all damages resulting in any way related to the procurement and delivery of goods or services contemplated In this purchase order. Nothing herein shall be deemed to affect the rights, privileges, and Immunities of the City as set forth in Section 768.28, Florida Statutes. 11. The Vendor shall not assign this PO, any rights under this PO or any monies due or to become due hereunder nor delegate or subcontract any obligations or work hereunder without the prior written consent of the City. 12. The Vendor shall not disclose the existence of this PO without prior written consent of the City except as may be required to perform this PO. 13. All Material purchased hereunder must be packaged to ensure Its security and delivery in accordance with the City's shipping and packaging specification and good commercial practice. Each package shall be labeled Indicating the addressee of each package or shipment and the applicable PO number. All shipments shall comply with HAZMAT requirements Including, but not limited to, (DOT) regulations published in 49CFR 1399, OSHA regulations 29 CFR 4999. 14. The Vendor shall perform the obligations of this PO as an independent contractor and under no circumstances shall it be considered as agent or employee of the City. 15. The Vendor ensures that Its personnel shall comply with reasonable conduct guidelines and City policies and procedures. 16. After each delivery, the Vendor shall provide to the "bill to address" an original, "proper Invoice" (single copy) which Includes: a) Vendor's name(dba), telephone number, mailing address; b) City's P.O. Number; c) Date of Invoice; d) Shipping date; e) Delivery date; f) Payment terms; g) Description of goods /services; h) quantity; 1) Unit price; j) Extended price; k) Total. The City has the right to reconcile invoice with the PO and adjust payment accordingly to comply with the PO. Payment will be made only to the Vendor Identified on the PO and for received and accepted goods /services. The City shall have right at any time to set -off any amounts due to the Vendor against any amounts owed to the City by the Vendor and shall in the case of Vendor default retain the right to further adjust payments as consistent with the best interests of the City. 17. Payment of Invoices will be in compliance with Chapter 218, Part VII of Florida Statutes, City Ordinance No. 3029, Purchasing Policy of the City and the stipulations, terms and conditions of this PO. Any cash discount period will date from receipt of invoice, receipt of actual delivery or date of Invoice, which ever is later. 18. if this PO Involves the Vendor's performance on the City's premises or at any place where the City conducts operations, the Vendor shall request Information from the Purchasing Manager regarding Insurance coverage requirements. In circumstances where Insurance is required, Vendor shall provide proofs of Insurance required by the City, or City reserves the right to cancel this Purchase Order, Immediately suspend performance by the Vendor at Vendor's expense and prohibit access to City premises until such proofs of Insurance is verified. Noncompliance with this item shall place the Vendor in default and subject to disbarment from the City's Vendor List. 19. The failure of the city to enforce any provision of this PO, exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. 20. The Vendor shall notify the Purchasing Manager of any inherent hazard and applicable precautions, protective measures and provide any additional relevant information, including MSDS, related to the Material being purchased herein. 21. The City shall have the right at no additional charge to use all or portions of material found in the Vendor's applicable literature relevant to the purchase. The Vendor agrees to advise the City of any updated Information relative to the foregoing literature and documentation with timely written notice. 22. A person or affiliate who has been removed from the City's Vendor List may not submit a bid or transact business with the City in excess of Category Two for a period of thirty -six (36) months from the date of being removed from the City's Vendor List. 23. In compliance with 8 U.S.C. Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act (INA)], the City will not intentionally make an award or upon discovery of a violation will unilaterally cancel this PO with any contractor who knowingly employs unauthorized alien workers. 24. This PO shall be governed by and Interpreted in accordance with the laws of the State of Florida. In any action or proceeding required to enforce or Interpret the terms of this Agreement, venue shall be of the Eighteenth Judicial Circuit in and for Seminole County, Florida i CHANGE ORDER FORM Change Order No. 4 Final Project Title Pipe Bursting Of Potable Water Mains Using Pre - Chlorinated Pipe Bid No. IFB 07/08 -09 P&# 31 8 Owner: City of Sanford Contractor: Murphv Pipeline Contractors, Inc. Agreement Date: June 23, 2008 This Change Order is necessary to cover changes in the work to be performed under this Agreement. The GENERAL CONDITIONS, SUPPLEMENTARY CONDITIONS, and STANDARD SPECIFICATIONS apply to and govern all work under this Change Order. THE FOLLOWING CHANGES ARE MADE TO THE CONTRACT DOCUMENTS: 1. Original Contract Price (Original Work Order No. 1) $2,569,331.84 2. Added Contract Price (Previous Work Orders / Change Orders) $209,096.49 3. Current Contract Price $2,778,428.33 4. Total Proposed Change in Contract Price ($4,095.38) 5. Proposed New Contract Price (Item 3 + Item 4) $2,774,332.95 6. Notice to Proceed Date 10/7/2009 7. Original Contract Time (Time to Final Completion) 427 Days 8. Current Contract Time (Adjusted by Previous Work Orders / 520 Days Change Orders) 9. Current Contract Substantial Completion Date 3/11/2011 10. Total Proposed Change in Contract Time 0 Days 11. Proposed Substantial Completion Date (Item 9 + Item 10) 3/11/2011 12. Time From Substantial Completion to Final Completion 30 Days 13. Proposed New Final Completion Date 4/10/2011 Summary of Grant Funding- Approved Maximum Grant Amount $3,000,000.00 Total Approved Construction (including Change Order No. 4 $2,774,332.95 Total Current Approved Technical Services During Construction $235,225.00 Total Proposed Adjustment to Technical Services During Construction $25,000.00 Total Construction Plus Technical Services $2,984,557.95 Page 1 of 3 Change Order No. 4 - Pipe Bursting 09- 21- 11.doc CHANGES ORDERED ITEM 1 Description of Change: Quantity Adjustments - Contract Change Order No. 3 Items Reason for Change: Final construction quantity adjustments to reflect installed work from Change Order No. 3 Change in Contract Price: ($4,095.00) Change in Contract Time: 0 Days ITEM 2 Description of Change: Work Order No. 2 - Final Cost Adjustment Reason for Change: Change in price to reflect final material invoices Change in Contract Price: ($0.38) Change in Contract Time: 0 Days CHANGE ORDER SUMMARY No. Description Change In Contract Price CUne Contr1 Quantity Adjustments - Contract Change Order No. 3 ems $4,095.00 2 Work Order No. 2 - Final Cost Adjustment $0.38 TOTAL $4,095.38 WAIVER This Change Order constitutes full and mutual accord and satisfaction for the adjustment of the Contract Price and Contract Time as a result of increases or decreases in cost and time of performance caused directly and indirectly from the change. Acceptance of this Waiver constitutes an agreement between OWNER and CONTRACTOR that the Change Order represents an equitable adjustment to the Agreement and that CONTRACTOR shall waive all rights to file a Contract Claim or claim of any nature on this Change Order. Execution of this Change Order shall constitute CONTRACTOR's complete acceptance and satisfaction that it is entitled to no more costs or time (direct, indirect, impact, etc.) pursuant to this Change Order. Page 2 of 3 Change Order No. 4 - Pipe Bursting 09- 21- 11.doc APPROVAL AND CHANGE ORDER AUTHORIZATION ACKNOWLEDGMENTS The aforementioned change, and work affected thereby, is subject to all provisions of the original Agreement and specifically changed by this Change Order; and It is expressly understood and agreed that the approval of the Change Order shall have no effect on the original Agreement other than matters expressly provided herein. WITNESS to CONTRACTOR: Date Murphy Pipeline Contractors, Inc. Contractor Andrew J —haver - President P nt and Title of Officer By ig ature) Date (Corporate Seal) ATTEST: 6(S i i R e v r Date City of Sanford Owner Norton N. Bonaparte, Jr. - City Manager Printed Name a tle By (Signatu ' •/7• /I (Seal) Date Page 3 of 3 Change Order No. 4 - Pipe Bursting 09- 21- 11.doc